Loading...
HomeMy Public PortalAboutORD09607 i IBILL NO. INTRODUCED BY BY COUNCILMAN i ORDINANCE NO.—Val AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING AND DIRECTING THE MAYOR AND CLERK TO EXECUTE A WRITTEN AGREEMENT ON BEHALF OF THE CITY WITH BOOKER ASSOCIATES, INC. , FOR ARCHITECTURAL AND ENGINEERING SERVICES, WHEREAS, The City Council of the City of Jefferson, Missouri, did pass and approve Ordinance Number 9592 on March 16, 1981; and WHEREAS, Said Ordinance did authorize a contract between the City of Jefferson. and Booker Associates, Inc, , for architectural . and engineering services in an amount not to exceed eighteen ($18,000.00) thousand dollars , for the purpose of providing project development through the schematic design stage, a soils investiga- tion survey, and an environmental impact statement; and WHEREAS, Grant Fund availability for' this project requires timeliness of action in all stages of the application process. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The Mayor and Clerk of the City of Jefferson, Missouri, are hereby authorized, on behalf of the City of Jeffer- son, to execute a contract between the City of Jefferson and Booker Associates , Inc. , for architectural and engineering services in ah . amount not to exceed fifty-four thousand, five hundred 54,500.00) dollars . Section 2. Said Agreement shall read in words and figures as follows , and shall pertain to all stages of the Project not previously approved in Ordinance Number 9592. (see attached) Section 3. Article X, Termination of Agreement, of attached contract, is fully intended to cover both termination for cause or termination for the advantage of the City, by which the City can give notice and stop work at any time. Section 4. This Ordinance shall take effect and be in force from and after the date of its passage and approval. Passed Approved L,! - -7 - d� "Oresig6nt of the ouncil 4 Mayor Attest r City Clerk Y AGREENENT for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES This Agreement made this day of ® 19_ by and between the City of Jefferson Ci , Missouri ,d_[_ (hereinafter called the "City") , and Booker Associates,. Inc. (hereinafter called the "Consultant") . WHEREAS, the City desires to engage the Consultant to render certain technical and professional services hereafter described, and WHEREAS , the Consultant warrants that it is competent to perform the techinical or professional services hereafter described, and WHEREAS, the Consultant is desirous of rendering the technical or professional services as hereafter described. NOW THEREFORE, in consideration of the mutual undertakings herein contained, the parties agree as follows : ARTICLE I. EMPLOYMENT OF CONSULTANT. The City hereby agrees to engage the Consultant and the Consultant hereby agrees to perform the services hereinafter described. ARTICLE II. SCOPE OF WORK. The Consultant shall do, perform and carry out in a •satis- factory and proper manner as determined by the City, the SCOPE OF WORK indicated in the Consultants proposal attached and incorporated herein as Appendix "A." ARTICLE III. DATA TO BE FURNISHED TO CONSULTANT ® All information, data, reports, records and maps as exis- ting, available and necessary for the carrying out of the work shall be furnished to the Consultant without charge by the City. The City shall cooperate with the Consultant in every way possible in carrying out work as set out in Appen- dix "A," SCOPE OF WORK. ARTICLE IV. PERSONNEL. Section 1. The Consultant represents that he -has, or will secure at his own expense, all personnel required in perform- ing the services under this Agreement. Such personnel shall not be employees or have any contractual relationship with the City. Section 2. All services required hereunder will be per- formed by the Consultant or under his supervision, and all personnel engaged in the work shall be fully qualified. I � Section 3. None of the work or services covered by this Agreement shall be subcontracted without the prior written approval of the City. Section 4. It is understood and agreed that the person- nel indicated in the KEY PROJECT PERSONNEL of Appendix "A" will be assigned to the project and will be assigned respon- sibility as indicated in Appendix .`.'A. " ARTICLE V. TIME. The services of the Consultant are to commence upon written Notice to Proceed by the City, and shall be completed within the PROJECT SCHEDULE as outlined in Appendix "A." ARTICLE VI. COMPENSATION. Section 1 . Compensation for the services specified in Appendix "A, " SCOPE OF 1�IORK.. attached and incorporated by reference hereto, for all expenses incurred by the Consultant in overhead, travel, administrative, and indirect expenses shall be on the basis of allowable cost plus fixed fee for actual cost not to exceed Seventy Two. Thousand Five Hundred ($72, 500) dollars to the Consultant, and shall constitute full and complete compensation for the Consultant ' s services indicated in Appendix "A." Section 2. The Consultant will establish cost principles for use in determining the allowability of individual items of costs in accordance with Federal Procurement Regulations, Part 1-15 , "Cost Principles Applicable to Grants and Contracts with State and Local Governments." Use of indirect costs as a method of apportioning costs "not readily assignable. to the cost objectives specifically Aft benefited" is authorized in Federal Procurement Regulations, Part 1-15. The City will withhold 10 percent (10%) of the total in- voiced amount until a final audit has been completed. Consu- ltant reimbursement will extend only to those costs incurred, as verified by the final audit. ARTICLE VII. METHOD OF PAYMENT. The City shall pay to the Consultant not more than the amount set out in Article VI. Payment to the Consultant will be based on monthly submission of invoices by the Consultant. Such invoices shall document all Consultant' s expenses, labor and direct, as itemized in Table 1 referenced in Appendixc. "A". Invoices shall include a description of work progress itemize as in Table 2 referenced in Appendix "A." ARTICLE VIII. CHANGES. The City may at any time, by written order, make changes in the work or services to be performed under this Agreement and within the general scope thereof. In such changes cause an increase or decrease in the cost of performing the work and services under this Agreement, or in the time for its performance, an equitable adjustment mutually agreed upon sha be made and the Agreement shall be modified accordingly. No work covered by a change in Agreement will be performed until the modified Agreement has been executed and the Consultant .. has received from the City a notice to proceed with the change Any claim for adjustment under this article must be made in writing to the City within thirty (30) calendar days from the date the change is ordered. Nothing provided in the article shall excuse the Consultant from proceeding with the prosecu- tion of the work so changed, provided the parties have mutual- ly agreed to an adjustment in the costs , if such change result in a change of costs . ARTICLE IX. INDEMNIFICATION AGREEMENT. The Consultant hereby agrees and covenants that they will hold and save harmless and indemnify the City, their officers , agents, servants , and employees from liability of any nature or kind, in connection with the work to be performed hereunder, arising out of any act or omission of the Consultant or of any employees or agent of the Consultant or any of them, or associated with them including any persons , firm or corpora- tion engaged by the Consultant to perform any work required by or in connection with the work required by this Agreement. ARTICLE X. TERMINATION OF AGREEMENT. In the event the Consultant shall for any cause fail or refuse to carry out or to perform any of the terms or provisions of this Agreement on the part of the Consultant required. to be carried out or performed, or if the Consultant shall fail to complete any of the work described in this Agreement, or if in the judgment of the City the conduct or progress of the work or of any part thereof is such that it would be prejudicial to the interest of the City to terminate this Agreement or any part thereof, the City may, by written notice to the Consultant, terminate this Agreement or any part - , thereof, or terminate performance by the Consultant of any of the work required by this Agreement, provided the City has given the Consultant written notice of the defect and that the Consultant has failed to correct said defect within fifteen days after receipt of said notice, and in any such event the -3- City shall pay the Consultant only so much of the compensation ereinabove set forth as , in the judgment of the City, shall i ave been earned by said Consultant , and the Consultant for itself, its successors , assigns and legal representatives, does hereby agree to accept the amount of compensation as so determined by the City as full satisfaction and aquittance of all rights or claims for compensation hereunder and the , same shall constitute payment in full within the meaning of this Agreement. In the event of any terminations as afore- said, the Consultant shall deliver to the City as property of the City, all designs, reports, drawings, studies, estimates, ksurveys, computations , memoranda , and other papers, documents LY.,and other materials either furnished by the City or prepared } for or on behalf of the Consultants' in accordance with (any provision of this Agreement; in addition, ownership of Hall designs, reports, drawings, studies, estimates, models, computations , etc. , prepared within the context of this Agree- cment shall vest with the City at the City' s option and the City reserves the right either to postpone or abandon further �orh of the type described by this Agreement or to cause such rork to be continued or completed in such a manner, by such � 1person or persons and under such terms and agreements as said City, in its discretion, may deem to be the advantage of the 'City. The City may terminate the Agreement at the completion lof any phase outlined in Table 2 of Appendix "A" if it is to the City's advantage. ARTICLE XI. NONDISCRIMINATION IN EMPLOYMENT. The Consultant will comply with all State and Federal ; Statutes relating to nondiscrimination, including, but not limited to, Title 6, Civil Rights Act of 1964. AR TICLE XII NONASSIGNABILITY j The services to be performed under this Agreement shall not be assigned, sublet, or transferred without the written approval of the City. ARTICLE XIII. MONITOR AND AUDIT. The Consultant agrees to submit to audit at reasonable times by the City and the authorized representative of the issouri Highway and Transportation Department and the FHWA. CConsultant further agrees to permit monitoring by the City, its staff, and appropriate representatives and to comply with such reporting procedures as may be established by the City. It is further agreed that financial data and supporting docu- ments relating to the performance under this Agreement shall -4- • b maintained and made available to representatives of the above for a period of three (3) years after final payment is made under this contract. ARTICLE XIV. TRAVEL. f The City approves travel expenses for work performed T under this Agreement and in connection with thisstudy within Ithe State of Missouri. Any additional travel must have prior ! approval of the City to be eligible for reimbursement. ARTICLE XV. COMPLIANCE -WITH LAWS. The Consultant agrees to comply with all Federal, State t : and Local laws and ordinances applicable to the prosecution of the work covered by this Agreement. ARTICLE XVI. REPORTS. t All reports shall be submitted in accordance with Appen- dix ARTICLE XVII. PUBLICATION PROVISIONS. Papers, interim or final reports , forms or other materi- als which are a part of the work under contract will not be copyrighted without written approval of the City. ARTICLE XVIII. GOVERNING LAW. This Agreement shall be -interpreted under and governed 1by the laws of the State of Missouri. ARTICLE XIX. DISPUTES AND REMEDIES. Except as this Agreement otherwise provides, all claims, counterclaims , disputes and other matters in question between the City and the Consultant arising out of or relating to this Agreement or the breach of it will be decided by arbi- tration if the parties whereto mutually agree, or in a court of competent jurisdiction within the State of Missouri. ARTICLE XX. COVENANT AGAINST CONTINGENT FEES. y The Consultant warrants that no person or selling agency has been employeed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage or contingent fee, excepting bona fide employees of the Consultant for the purpose of securing busi- ness. For breach or violation of this warranty the City shall have the right to annul this contract without liability or at its discretion, to deduct from the contract pricb, or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. IN WITNESS WHEREOF, said parties have caused this Agreement to be signed by their duly authorized officers. ATTEST: � r V � • $y ' Clerk ayor �s ATTEST: /)P anklin P. Eppert, P Booker Associates, Inc.. ecretary r J mes E. Moulder,. P.E. hief Executive Officer gym. City of Jefferson City Project MG-3111 (503) THIRD SUPPLEMENTAL FEDERAL AID URBAN PROGRAM AGREEMENT This Third Supplemental Federal Aid Urban Program Agreement, made and entered into by and between the Missouri Highway and Transportation Commission, hereinafter called "Commission, " and the City of Jefferson City, a municipal corp-- oration in the State of Missouri, hereinafter called "City, " WITNES SETH: The parties hereto have pxeviously made and entered i.�to a Federal Aid Urban Program Agreement concerning the allocation f and distribution of federal funds for improvement of major city ' arterial routes in Jefferson City, Missouri, on a share--the--cost basis between the United States Government and the City of i Jefferson City. Said Federal Aid Urban Program Agreement is herein-- . after referred to as the "Original. FAUP Agreement. " ( City desires to construct certain improvements, more specifically described below, under the Federal Aid Urban Program for the City of Jefferson City. Said improvements are to be designed and constructed by City in compliance with the provisions of the - original FAUP Agreement. in consideration of the mutual covenants and promises contained herein to be faithfully kept -and performed by the . parties hereto and each of them, it is agreed as follows: I. The improvement contemplated herein, designated as 'Project MG-3111 (503) by the Commission, is the intersection of Stadium Drive and Jefferson Street within the city limits of Jefferson City, Missouri . The general location of the improve- ; meet is shown•' on an attachment hereto marked "Exhibit A" and incorporated hereby by reference. A more specific description { is as follows : _ Project MG-311,1 (503) is a geometric revision i at the intersection of Stadium Drive and Jefferson Street, Said intersection is located approximately 300 feet westerly of i U.S .Route 54 and 'Stadium Drive in the city of Jefferson City, County of Cole. The } length of the improvement is 500 feet. j 2. Effective upon execution of this agreement, Commission accepts the above described portions of the City street system as parts of the State Highway System for -the purposes of the • aforesaid Federal Aid Urban Program. However, during the construction period contemplated hereunder, j a. Commission will assume no police or traffic control functions not obligatory upon Commission immediately prior to the execution of this agreement, and b. City hall perform or cause to be Y P performed normal maintenance on the project sites . 3 . Upon completion of construction of the herein contem- plated improvements, City shall accept control and maintenance of the streets improved hereunder and shall thereafter keep, control, and maintain the same as, and for all purposes, a part of the City street system at its own cost and expense and at no cost and expense whatsoever to Commission. All obligations of Commission under this agreement shall -thereupon cease and terminate. • -2- •4. City shall indemnify and save harmless the Commission from damages or claims for damages arising as a- proximate result Mh of the negligence of City, its agency, or employees in connection i with the herein contemplated improvements . It is the intent of the parties hereto that Commission is to assume no liability for• the completion of the herein contemplated improvements; and, ' if the Commission should expend any funds in connection herewith ti for which it is not reimbursed by the United States Government, City will reimburse the Commission for same. 5. City shall acquire any additional necessary right--of-way required for Project MG-3111(503) and in so doing agrees to abide I by all applicable federal laws, rules, and regulations including but not limited to 42 U..S .C.A.4601 et seq. , the Uniform Relocation f Assistance and Real Property Acquisition. Policies Act of 1970. 6. The cost of the improvements contemplated herein will be borne by the United States Government and by City as provided by the terms of the Original FAUP Agreement except as follows: Vt. The United,States Government is presently parti- cipating in at least 75% of the eligible costs of FAUP Projects, but this ratio may be changed at some time in the future; f b. City may be eligible for reimbursement from the' United States Government of up to 100/ of the costs incurred by City for traffic control signalization work and for the elimination of hazards at railway- highway crossings pursuant to the FAUP. -3- ' 7. City shall secure any necessary approvals or permits from the Interstate Commerce Commission and the 'Public Service Commission of Missouri as are required to permit the construction and maintenbnce of the improvements contemplated herein. B. Except as modified, amended, or supplemented herein, the { Original FAUP Agreement between the parties hereto shall be and . ` ! remain in full force and effect. 9. Progress payments to the City for preliminary engineering f are available upon City 's written request. The commission has i reduced the minimum amount for progress payments for right-of-way expenditures. In the event project MG-3111 (503) is not built or is built to standards not satisfactory to the Federal Highway Administration, the City agree; to repay the Commission for any Aft progress payments made to the City and agrees that the Commission may deduct any progress payments made to the City from future payments to the City. 10. This agreement is made and entered into subject to the approval of the Federal Highway Administration. 11. The Commission shall provide construction inspection services for Project MG-3111 (503) . 12. The City releases to the Commission the -Federal share from any progress payments due to .the City on Project MG-3111 (503) for partial payment of Commission's expenses incurred in providing construction' inspection services. ' 13. The Commission shall bill the City once after the com- pletion of Project MG-3111 (503) for the City's matching funds . for payment of the remaining expenses -of Commission and the City shall pay such bill. -4- 14. The cost of the construction inspection of Project MG-3111 (503) shall be borne by the United-, States Government. and by the City as provided herein. t . • -5- IN WITNESS WHEREOF, the parties horetb have caused this agreement to be executed by their respective officers and the City executes same pursuaint to Ordinance No. „�.�Q„� , of said City,.' approved on the 7 d' ay of 1 , 198 / Executed by City the ,� day of r: , Executed by Commission the day of , E 198„L. i MISSOURI HIGHWAY AND TRANSPORTATION COMA9TSSION t ATTEST: (SEAL) By hairman J Secretary APPROVED AS TO FOR-M:- Counsel CITY OF JEFFERSON CITY, MISSOURI ATTEST,:' (SEAL) By '7 GQ ---A ay ity a rk APPROVE AS TO FORM: Attorney �Q• ' aR��' M ARM RY R%% LISC ST. Cn R N. .PKWY. w a z L �x a �l�jj IJU w y�CP - WASHINGTON G4� PARK ® : .OUTS . sT JCKI.E ��. o �P NEBRASKA o ' o 'a oo �KF Sri' INDIANA l.A•i DORA z EDMONDS MINNESOTd C-13 t� E HY�ENE c° o� = J o ►��� gaWANN Id RGARET C F ATHRYN yOppCLl M0RRIS Q Q LINDEN pR. o A4 UJ GR a WOOD J coo `_; UJ q� � oQ� � � '� F•4 Cr.SWIFTS HWY. A '�vQ q p``',o SWIFTS HWY. cc STADIUM D � w THOMPSON WEST EDG=WOOD j a -PRO,J EC 7-T • co MG— 3111 CSo3 j TIMBER IN co �q TRAIL AKE O APR//. v' /'� `' � p,�'gR.aOP car: MESA EXHIBIT A Third Supplemental FAUP Agreement Between MISSOURI HIGIR4AY AND TRANSPORTATION COMMISSION -and- CITY OF JEFFERSON CITY, MISSOURI Project MG-3111(503) Appendix "A" SCOPE OF SERVICES I. PRELIMINARY DESIGN STUDY A. Environmental Impact Assessment Report and Impact Study Meeting All UMTA Requirements. (See Table 3 for Scope of Work.) B. Review existing feasibility study documentation; and coordinate Reviewing existing documentation Site visits Soils investigation (included in fee) Site specific geometrics Space planning Equipment and furnishings requirements Flow patterns into, within, and out of the planned facilities Interfunctional relationships Consult with Owner, present review results and receive updated information and guidance for consideration/incorporation during final design. Analyze any new data developed since .-accomplish- ment of preliminary design, assess its impact on final design, and incorporate results into final design development. Prepare preliminary design documentation to reflect the above. II. DESIGN DEVELOPMENT A. Develop General Building Parameters (Based on Verified Preliminary Design) Material quality level considering life cycle costs and budget constraints. II. DESIGN DEVELOPMENT (cont 'd.) Exterior architecture based on aesthestic and environmental considerations. Mechanical, water/waste, and electrical requirements, definitions and siting: HVAC . Special exhaust requirements . Machines and tools . Bus vacuum and waste facilities . Industrial waste disposal . Refueling facilities . Fire protection . Primary and emergency power Lighting (interior/exterior) Special security requirements Energy conservation Passive solar energy criteria Building codes in state and federal regulations EPA and OSHA standards compliance Handicap design considerations B. Check Point Coordination Conference with the Owner C. Prepare Documentation and Georgaphical Portrayal of Final-Design Criteria and Concepts . Outline Specifications . Graphical representations (Concepts) Pre-final Construction Cost Estimate Pre-final Design and Construction Schedule , r II. DESIGN DEVELOPMENT (cont 'd.) D. , Submission and Formal Presentation of Final Design Concept and Design Basis to the Owner for Approval III. FINAL DESIGN ® A. Develop Construction Documents . Working Drawings . Final Specifications . Updated Construction Cost Estimate (Based on Detailed Quantity Take-Offs from Working Drawings) Updated Construction Schedule B. Prepare Bid Documentation Prior approval by Owner of working drawings and specifications Packaging to accommodate fast tracking IV. A/E CONSTRUCTION SERVICES A. Assist Owner as Requested, During Construction Contract Advertisement/Award Process B. Provide Architect/Engineer Services During Construction Period (Approximately 10 months) in Coordination with the Owner's representative. PROJECT COST Included in the following are all costs necessary to perform the services including printing of the final documents. ® TABLE I - TOTAL MAXIMUM COST Daily Labor Category Days Rate* Cost Principal-In-Charge 2 $320 640 Senior Professional 15 210 .3,150 Professional 103 145 14,900 Technician 340 115 39 ,100 TOTAL LABOR $579790 Direct Expenses . Travel and Subsistance 0 Other Direct Costs 619 TOTAL LABOR AND DIRECT COST $58,409 Profit $ 6,091 $64,500 Soil Subcontractor 34000 Environmental Assessment and Impact 5 ,000 MAXIMUM CONTRACT COST $722500 *Includes* Direct Labor Costs, Payroll Burden of 29%" and Overhead Rate of 67% , TABLE II PHASE I. PRELIMINARY DESIGN $18,000 I-I. DESIGN DEVELOPMENT 13,000 TII. FINAL DESIGN 26,000 IV. A/E CONSTRUCTION SERVICE 15,500 $72,500 KEY PROJECT PERSONNEL PROJECT TEAM PRINCIPAL-IN-CHARGE ROBERT C. FLORY PROJECT MANAGER ALVIN A. VOGT PROJECT COORDINATOR RICHARD C. WALKENHORST PROJECT ARCHITECT ALAN E. ROGERS PROGRAM CONSULTANT PAUL G. MARSH PROJECT CIVIL ENGINEER JANET LENZ PROJECT STRUCTURAL ENGINEER GERALD V. SCHWALBE PROJECT MECHANICAL ENGINEER EDWARD G. ZUGER, JR. PROJECT ELECTRICAL ENGINEER GERALD L. CAMPBELL CONSTRUCTION MANAGER RONALD A. HEARST J IC'rr�►d/'�}tt AMY• , Engnevis Archlects Pranne►s ' Robert C. Flory, P.E. As executive vice president, Mr. Flory provides administrative and technical supervision for the design and production of plans, specifications,and estimates for all departments of the organization.He was named a vice president of the firm in 1969, a senior vice president in 1975, and executive vice president in 1980. He joined Booker in 1962 and his work as project engineer, project manager, and manager of the civilisiructural department included the direction of design and preparation of plans and specifications in all phases of civil, sanitary, environmental, highway, and railroad engineering for federal, state and local government agencies,and many commercial and industrial clients. His highway work included projects on the Interstate system; a number of rural primary highway projects in Iowa, Illinois, Nebraska, Arkansas and Missouri; several urban highway projects in Missouri; semi-urban county streets and roads in St. Louis County; and several local streets in the City of SL Louis.Railroad work included the relocation of four miles of track in northeast Missouri,and ten miles of high-speed transcontinental mainline in central Kansas as well as 40 miles of rehabilitation on the North- east Corridor. He has directed the design of several airport or airport related projects, including the $80 million reconstruction of runways and taxiways at Lambert-St. Louis International Airport, the development of a new airport in Mississippi County, Missouri, and the development of an airport industrial park in Walnut Ridge,Arkansas. Other projects directed by Mr. Flory include the preparation of flood insurance studies for 18 com- munities in Eastern Missouri, a study of storm water runoff from an 8,600-acre watershed in St. Louis County, the design of sanitary sewer projects for the Metropolitan St. Louis Sewer District, the pre- paration of a comprehensive water and sewer study for Charleston, Missouri, and several water and sewer studies for the Missouri Department of Natural Resources, Professional Profile University of Illinois, B.S.,Civil Engineering, 1950. e Registered Professional Engineer:Missouri, Illinois,Iowa, Nebraska, Kansas and Oklahoma. Member, Service Organizations: Consulting Engineers Council of Missouri St.Louis Rotary Club American Consulting Engineers Council St.Louis Ambassadors,Inc. Missouri Society of Professional Engineers Engineering Advisory Committee,University of Arkansas, National Society of Professional Engineers Pine Bluff,Arkansas Traffic Engineering Association of Metropolitan St.Louis Continuing Engineering Education Advisory Committee, Highway Engineers Association of Missouri University of Missouri•Columbi5 Society of American Military Engineers Cum,ete Councir of St.Louis The Engineers Club of St.Louis National Association of Housing and Redevelopment Officials 12-0 _v• yr . •{'• :jr..- .i. y_i}i 3��n, •r<<'er.��_."'-^-- �r +r.R.�.�v ':i• �,i� �'S �:.4e. 'i s ',.�,. j.�-a!l•. �y .i..:.jit��.-.^- �t.•.....�'i��_ ,�C:. =.. �:i, •,r+-L*7.'j-�:'"'.�Z„r:�-l'.�-e:. Lt'. :�•:t7 Y�Y+.• arr►.s"Os.Qsila,►w Engr�eert A�chlecti narvxn . Alvin A. Vogt, A.I.A. r Vt. k �. � ,. .. Mr. Vogt, as manager of the Architectural Department, is*responsible for all the firm's architectural and landscape architectural design work along with the supervision and administration' of the department staff. The Department has produced designs for municipal, recreational, commercial, industrial and institutional buildings; national, state and city parks; historic restoration and preservation projects; central business district redevelopment and pedestrian malls; military industrial complexes; and medical facilities for both government and ® private clients. Prior to joining Booker, Mr. Vogt was principal of his own firm since 1961, executing a variety of projects including health care, schools, mental health centers, mental retardation facilities, I office complexes, university structures, banks and commercial buildings. ! He has also been employed by an international architectural firm where he was project architect for a federal maximum security penitentiary and a Saudi Arabian university, a $4 billion , project to create an entire university complex within a five-year framework. Professional Profile B. Architecture, Washington University, 1956 Registered Architect: Missouri and Illinois Certificate of the National Council of Architectural Registration Boards. Member: Corporate, American Institute of Architects Missouri Council of Architects Enpnem Archlecls Plarxiers Richard Walkenhorst t C ��+.�,ate,', w.� �'��t9;;f�• - • As chief, Architectural Section, Mr. Walkenhorst is responsible to the Manager of the Ar- ch;tectural Department for the technical and professional management of all architectural design projects, and management of the architectural staff. ' Since joining the firm, he has directed or had principal responsibility for the production of design and contract drawings,specifications,and estimates. Included in his responsibilities are ® the development of preliminary graphic presentations; field surveys of existing facilities; pro- gramming; contract administration; and field inspection of projects. Projects in which he has been involved include detailed design for new construction, and renovation of existing office buildings, manufactdring and warehouse complexes;public works and military facilities; extensive energy efficiency surveys for conservation through retrofitting; cost reductions through value engineering of.several major industrial projects; and residential 'rehabilitation. Before joining Booker Associates, Inc., Mr. Waikenhorst worked with other St. Louis A/E firms, at increasing levels of project design involvement and responsibility. During that period, he advanced to the position of manager of projects requiring inter-disciplinary coordination and scheduling. Professional Profile University of Kansas, B.S., Architectural Engineering, 1974 University of Kansas, Bachelor of Environmental Design, 1974 Certified Value Engineering Task Team Leader Registered Architect: Missouri, Kansas 12-0 •Q•*1:%i„�:'•�. —:;il:".�•••r..�• w��•.YL.:L',•^.T�.�J.;�a�_.r� .��.yr;..-�•..;.� •�'^�'i'..�:.: •,:::��:.'37-�'r!.:{..,-•-,•'.� � �,��.•��.+� � ..� ics�syo:mss►a`aca•a '• . Engw,eers ArcNects Ramw(s Alan Rogers t .u� .rte:' ,-�•r.;r. •,j�.� • Mr. Rogers is a graduate architect with responsibility for the production of contract documents, estimating and the drafting of presentation drawings for the design of commercial, recreational, institutional and industrial structures. At Booker Associates, Inc., Mr. Rogers has worked on contract documents and cost estimates for several Army ammunition plants; studies of Missouri plans for compliance with ® section 504 of the Rehabilitation Act of 1973, which mandates accessibility for handicapped persons to state-owned buildings; and preliminary surveys of existing industrial structures for a master plan,for underutilized land along St. Louis' Mississippi riverfront. Mr. Rogers' experience'before joining Booker includes the master plan and preliminary design Phases for a private college in northern Missouri, which included a study for the provision of accessibility to facilities to handicapped persons; the design development and contract document , phases of a $40 million health facility in St. Louis; the design development of an energy-efficient high school in Colorado; and renovation design for various projects, including work on the University of Missouri-Columbia campus and a partial renovation of the Missouri state capitol in Jefferson City. ` Professional Profile University of Arkansas-Fayetteville, B. Arts, 1978 University of Arkansas-Fayetteville, Bachelor of Architecture, 1978 :r����....-�•'•t"'::.�:: ..�..��� �.-.•..-.r••-..=-•�;a� ... . ^.'�t'rC^���..�r�-^tS7..�.��•1:raC'sr-f.+v...���-sv+R-�r••,r�sa+rr+ .. :�►�i as oieae..■ we 172 MA &vneers Archieets narwem Paul G. Marsh Experience Mr. Marsh is presently associated with ATE Management Company and is ` assisting in the transfer of management at Omnitrans in San Bernardino. California, .from a private to public system. Previous to that,, he was General Manager of'Omnitrans for four (4) years, which grew from a 26 to bus system serving most of the urbanized area of San Bernardino County, California. The system provides regular route service and also dial-a-ri programs for the elderly and handicapped. D'uring four (4) years as an Associate with Alan M. Voorhees and Associate Inc. , Mr. Marsh made appraisals for numerous properties including Montgorr. Alabama; Alabany and Macon, Georgia; the Green Line in Northern Kentucky; SEMTA in Detroit, Michigan; Manchester, New Hampshire;' Lynchburg and Roan Virginia; . and Seattle, Washington. He also participated in bus and rail ' transit studies providing expertise on system operations and maintenance ; procedures and the development of future routes and cost and revenue projection. These studies included such locations as Bakersfield, California; Honolulu, Hawaii ; Des Moines, Iowa; Buffalo, New York; Sao Pa Brazil ; San Jose, Costa Rica; and Stratford, Ontario. The Stratford stuc resulted in the implementation of a well-regarded combined fixed route/rc deviation service plan. Mr. Marsh was Director of Transportation for St. Petersburg, Florida, for eleven (11 ) years. During that time, he was responsible for service to several communities in the area and provided both regular and dial-a-ridE service. He was also with the Duke Power Company which operated several systems throughout North Carolina. During that time, he progressed from coach operator to supervisor scheduler, claims adjuster, assistant superintendent, and department superintendent. Enpneors Atchnects Mnwe Paul G. Marsh Professional Affiliation , ' American' Public Transit Association CAPOTS . (California) - Florida Bus. Association (Past President). Real Estate License Selected by the Federal Government as a member of a five (5) man• team to ,. set up a Transportation Computer Program for Virginia Polytechnic Institute.. .�' .. .i.�'.... ._.�...a...J+�-u•..1:s-..1.t:•..r^w..-...,:�+i...:....��+-+...�.Mru�+....r�i1.0.�L.,:.s. �.roLT.a•..��infi�7:�:r.�..,iV�R�y�J.�1�1•�'4�.,LilLl..Q .r% .� ..� .� ...�..•CAL , • . � RY7 qA'V II�l►�►• . ErIneert Archiects Plan mm Janet Lenz, P.E. ,v J Fc 7Z�, ; Mrs. Lenz is chief,civil section, in the Civil Engineering Department. In this capacity, she is responsible for the design and preparation of construction plans and specifications for site improvement projects, i • Her experience in this field includes directing the preparation of improvement plans for numerous residential and industrial subdivisions and several development projects for commercial, industrial, governmental,'school and park sites. ®• Improvement plans have consisted of the design of complete site grading, roadways and parking areas, storm and sanitary sewers, special drainage conduits and structures and sanitary treatment facilities. Also included were design of retention basins, preparation of flood plain studies, hydrologic and hydraulic analyses of waterways as well as supervision of the preparation ",of record plats and surveys. Mrs. Lenz has designed a 2,300-acre urban municipal storm sewer system which consisted of hydraulic design of storm sewers and ditches and hydrologic analysis including development of rainfall and runoff hydrographs and storage-routing for a retention basin system. She also performed a hydrologic analysis of a five-lake spillway system by developing the runoff 4 hydrographs and utilizing a storage-routing procedure. She has served as assistant project engineer on urban road improvement projects designing roadway alignment and drainage structures, coordinating with existing facilities, and computing property adjustments and easements. Professional Profile Washington University, B.S., Civil Engineering, 1970 Washington University, M.S., Civil Engineering, 1971 Registered Professional Engineer: Missouri Member:.American Society of Civil Engineers 10.9 r r ,. .......� .-..� "�...:�»�....�.-.•....:�'..iw'�'.:�.����.f,!':'d!:'tit.�.i��,,.,:�'»^�i:,[::S^�..:`�.�_r✓:t�:.i'�'�i��,s:i•�.:►=r..�, `7 �--ac::ll:?.l�S•�sI�L„�y�'.•.16T± * ^VVI:" T CY>Rp 4h:7 0 WOW■ Enprxers Arcfulecls Planners Gerald V. Schwalbe, P.E. ' . ftf.'f ,�v r Cs�•r , t!'. !;��. is 't•t}ri•�I��� �� Mr. Schwalbe, as chief of the building and industrial structures section of the Structural Engineer- ing Department, is responsible for the direction of design activities and the preparation of contract ® documents for industrial, commercial and government projects, as well as the supervision and administration of the section staff. His work as project engineer and manager with Booker has included structural design for expansions of three animal feed mills, a waste water treatment facility building; major hydraulic outlet control structures; highway bridges; and portions of a high explosives development machining facility of the Department of Energy. Mr. Schwalbe has also participated in the design of structures for the jenovation of all utilities for a chemical manufacturing plant. Before joining Booker, Mr. Schwalbe was employed with the U.S. Army Corps of Engineers. His 10 years with the Corps included experience as a structural design engineer and a study/project manager with coordination responsibility for multidisciplinary planning studies. His career experience includes analysis and design of concrete and steel structures for major flood control, navigation and multipurpose civil works projects. He has been responsible for the pile foundation design for a number of structural aspects of major locks and dams, and for the analysis and design of dam tainter gate anchorages and emergency bulkhead systems. He has directed and coordinated planning activities required to complete studies and to prepare and publish engineering reports for flood control projects. Professional Profile St. Louis University, B.S., Civil Engineering, 1965 University of Missouri-Rolla, M.S., Civil Engineering (Structural), 1973 Registered Professional Engineer: Missouri Member: American Society of Civil Engineers Engineers Club of Missouri Society of American Military Engineers e � � R:J!rJ V7.7 GIC►!ay� r ErVmers ArcNiecls PlanM" Edward G. Zuger, Jr., P.E. Jet. ;d.Sr+ ��;;�KH_J• yip. J •�.l1 t:�'if�ss • r Mr. Zuger, as chief of the building services section, Mechanical/Electrical Department, supervises design and preparation of plans and specifications for heating, ventilation, air conditioning, plumbing, and fire protection systems for all the firm's projects. Since joining the firm in 1969, his work as design engineer, project engineer, and project manager has included HVAC designs for commercial, institutional and industrial buildings; swimming pool water filtration systems, refrigeration systems for ice skating rinks, building and - site utility design, as well as air pollution testing and control. Among his more recent accomplishments are the HVAC design of a two-floor, 62,000 square foot mapping facility which included computer areas; a solar-assist heating system with life-cycle-cost report for a 20,000 square foot railroad passenger station; and an energy-saving feature that reduced the cooling capacity by 30 percent in a laboratory complex operating with more than 100 fume hoods. -' Prior to joining the Booker organization, Mr. Zuger was employed by one of the nation's largest consulting firms in Milwaukee where he designed heating, ventilation, and air conditioning, installations for commercial and institutional buildings. His projects included the design of a 100,000 pound per hour high-pressure steam heating plant and utility services for the Mayport Naval Station, ventilation of large vehicular tunnels for the Boston Turnpike Systems and Wisconsin Interstate System, snow-melting systems, and various HVAC projects. Early in his career, he was employed by a mechanical contractor for estimating and coordinating projects, material, and manpower, and as field supervisor for several storm sewer, sanitary sewer and water line installations. Professional Profile Marquette University; Bachelor of Mechanical Engineering, 1967 • Registered Professional Engineer: Missouri Member: American Society of Heating, Refrigeration, and Air-Conditioning Engineers Association of Energy Engineers , a En2neers Art►rleds Planners Gerald L. Campbell, P.E. Ask ZA f. fir- � ti•+��..?; -:� n, 'u �•.�w�•�:s �=t�-.tip Mr. Campbell is chief of the firm's electrical engineering section which is a part of the Mechanical/Electrical Engineering Department. As section chief, he is responsible for the design and preparation of construction documents for all Booker electrical projects. He is also responsible for the supervision and direction of the professional and technical staff of the elec- trical section. Mr. Campbell has designed high-voltage substations, interior and exterior lighting systems, electrical distribution systems and electrical control and instrumentation systems. Projects in which he has been involved include a plant-wide electrical power study for a multi- building manufacturing plant, electrical design for the renovation of a variety of structures and power and lighting design for Booker architectural projects. . In addition Mr. Campbell has prepared instrumentation and control structures for Booker process plant projects, as well as the interior and exterior electrical design for several vehicle maintenance facilities located in Germany for the U.S. Army. Among some'of the more unusual projects which Mr. Campbell has designed is the rehabilitation of a turn-of-the-century fountain in St. Louis, which utilized the original spray sequence control apparatus. He was also involved in the design of the research and develop- ment of a rainfall simulator system. Mr.Campbell was an electrical power distribution engineer for a public utility in Oklahoma during which time he was responsible for the design of high-voltage power distribution systems as well as power-system,pianning studies. Professional Profile University of Missouri-Rolla, B.S., Electrical Engineering, 1970 �. Registered Professional Engineer: Missouri, Maryland, Kansas, Illinois, Kentucky, Oklahoma Member: Institute of Electrical and Electronic Engineers 1-1 ' 4W 14 V%1*00 • .• • E• i. `ur.n :1m ` Eou"vin AfCNOC1► na wwn !' �� ';;, t;ti';,,.fi�.i j y� . Ronald A. Hearst, P.E. ­,a w�rr'n� �• r r• t n r 111., y. i !' i1 • •.r Mr. Hearst is assistant director, construction management, in Booker's Project Manage- , ment Group, which is responsible for the management of schedules, costs,specifications and estimates of engineering, architectural and planning projects. lie is currently in charge of construction management and inspection of the $80 million, Booker-designed airfield improvement program at Lambert-St. Louis international Airport. His duties Include supervising an inspection team of 15 engineers,and technicians, main- taining the construction schedule, securing tests on all construction materials, and related activities to unsure the maintenance or air traffic and the timely completion of each phase of the work. Mr. Hearst retired as a Lieutenant Colonel in the U.S.Air Force after a 20-year career in a variety of engineering management positions. His most recent assignment was as chief of the Engineering Inspection Branch for the Military Aircraft Command Inspector General. Prior to that he was chief of the Construction Division for the Military Airlift Command, responsible for a $95 million construction program at 14 Air Force bases throughout the United States and In Germany and the Azores,Thailand. In other positions, he supervised military and civilian personnel and foreign workers in rnultl•million dollar construction and rehabilitation programs in the United States, the Azores and the Republic of China. In addition, Mr. Hearst has developed and taught management courses to military per- sonnel and has taught management, mathematics and industrial courses at several public and private institutions. Professional Profile United States Naval Academy, B.S., Engineering, 1959 University of Missouri-Columbia, M.S., Industrial Engineering, 1967 Registered Professional Engineer: Illinois Member: Society of American Military Engineers Illinois Society of Professional Engineers . American Society of Civil Engineers National Society of Professional Engineers �r V•� i� 't.t' a� �.' •� •.:�:"^�• '".T•1y',j,�^.i.,��. .�..•:T::�_2�i..'—Z.:.- :�7 .-•s; *� _. _ r.^r�• •�• _-.n. �. TABLE III ENVIRONMENTAL ASSESSMENT SCOPE OF WORK I. INTRODUCTION The objective of the work to be performed is the investigation and anlysis of probable beneficial and adverse environmental impacts of the acquisition for property and the construction of a bus storage and maintenance facility in Jefferson City, Missouri: Discussion of these impacts will be in accordance with requirements of the National Environmental Protection Act of 1969, as amended, and UMTA Circular- 05620. 1. To accomplish the objectives outlined above, Booker will prepare and supply to the Department of Transportation - Jefferson City-an Environmental Assessment which will satisfy UMTA Class 3 environmental guidelines. In order to accomplish this, Booker proposes the following scope of work. II. SCOPING PROCESS In an attempt to reduce the amount of extraneous information usually included in environmental documents, the U.S. DOT developed a formal scoping process. This process will be used to achieve the following objectives: 1. Review segmentation issues to determine if the proposed action covered by the enviornmental document will have independent utility. 2. Determine which aspects of the proposed project have the potential for environmental impact. 3. Identify measures to mitigate adverse environmental impacts. 4. Identify alternatives including those that are environmentally preferable. 5. Identify other environmental review and consultation requirements that should be prepared concurrently with the Environmental Assessment. Booker will consult with agencies and individuals affected by the proposed project or likely to be interested in it. This early contact may aid the Jefferson City Department of Transportation and UMTA in assessing the significance of impacts and developing mitigation measures or identifying environmentally preferable alternatives. A summary of the contacts made and issues resolved will be included in the Environmental Assessment. III. SECTION 1: NEED FOR AND DESCRIPTION OF PROPOSED ACTION ® This section of the Environmental Assessment will provide a history and description of the proposed action, the need for and the purpose of the project. IV. - SECTION 2: ALTERNATIVES TO THE PROPOSED ACTION As part of the process, reasonable alternatives to the proposed action will be evaluated. The "do-nothing" alternative will be discussed _ as a viable alternative. V. SECTION 3: ENVIRONMENTAL IMPACTS The potential impacts of the proposed project will be briefly described in this section of the Environmental Assessment. Each of the following items will be evaluated. A. Land Acquisition and Displacements B. Land Use and Zoning C. Air Quality D. Noise 1. Sources of Noise ® 2. Noise Descriptors 3. Assessment of impacts a. Noise .from fixed transit facilities b. Noise due to diverted traffic c. Transit vehicle operating noise E. Water Quality F. Wetlands G. Flooding H. Navigable Waterways and Coastal Zones I. Ecologically Sensitive Areas J. Endangered Species K. Traffic and Parking L. Energy Requirements and Potential for Conservation M. Historic Properties and Parklands 1. Section 106 2. Section 4(f) N. Construction 0. Aesthetics P. Community Disruption.. Q. Safety and Security R. Secondary Development S. Consistency with Local Plans A d VI. SECTION 4: LIST OF .AGENCIES AND PERSONS CONSULTED This section of .the Environmental Assessment will contain a list of governmental agencies and individuals consulted during the assess- ment process. Any public information techniques employed (e.g. , ® newspaper articles, public forums, public meetings, speakers' bureaus, citizen or technical advisory committees) will be described in this section.